Loading...
HomeMy WebLinkAboutContract 59809-ACSC No. 59809-A1 AMENDMENT No . 1 TO CITY SECRETARY CONTRACT No. 59809 WHEREAS, the City of Fort Worth (CITY) and Kimley-Horn and associates Inc., (ENGINEER) made and entered into City Secretary Contract No. 59809, (the CONTRACT) which was authorized M&C 23-0529 on the 27th day of June, 2023, in the amount of $1,659,200.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Silver Creek Lift Station, Force Main, and Gravity Main, CPN 104489; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1. Article I of the CONTRACT is amended to include the additional engineering services specified in proposal attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $305,400.00(Water: $151,300.00; Sewer: $154,100.00). 2. Article II of the CONTRACT is amended to provide for an increase in the fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall be an amount of $1,964,600.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of tort Worth, Texas Silver Creek LS, BM, 1, GM Prof Services Agreement Amendment Template CPN 104,189 Revision Date: 12/08/2023 Page 1 of 2 EXECUTED and EFFECTIVE as designated Assistant City Manager. APPROVED: City of Fort Worth .1-77" William Johnson (D c 16, 202415:55 CST) William Johnson Assistant City Manager Dec 16, 2024 DATE: eF FoRrao °°% ATTEST:o-i°o � ad rEXAsoap - �bnuaob Jannette Goodall City Secretary APPROVAL RECOMMENDED: ��� chrisropher na loec iz, 2024 07-49 csrl Christopher Harder, P. E. Director, Water Department Contract Compliance Manager: of the date subscribed by the City's ENGINEER Kimley-Horn and Associates, Inc. d.k/l. 4a,, PE. John tAtki.ns, P. E Vice President DATE: 12/11 /2024 By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. �) I ct",'A �� 1 Liam Conlon Project Manager APPROVED AS TO FORM AND LEGALITY: QWw-1 Douglas Black (Dec 12, 202416:18 CST) Douglas W. Black Sr. Assistant City Attorney City of Fort Worth, Texas Prof Services Agreement Amendment Template Revision Date: 12/08/2023 Page 2 of 2 M&C No A : 24-1135 M&C Date: December 10, 2024 Form 1295: 2024-1187494 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Silver Creel, LS, Fri, G GlJ CPN 1044©9 Kimley»>Horn September 12, 2024 Mr. Liam Conlon Project Manager City of Fort Worth Water Department 200 Texas Street Fort Worth, TX 76102 Re: Silver Creek Lift Station, Force Main, and Gravity Main Amend. No. 1 — Additional Scope of Services Summary KHA No. 061018452; City Project No. 104489; CSC 59809 Dear Liam: This letter is in reference to a contract between Kimley-Horn and Associates, Inc. ("Engineer" or "Kimley-Horn") and the City of Fort Worth (the City) dated 07-20-2023 referred to herein as the "Contract", and to an Amendment No. 1 proposal letter dated 09-10-2024 referred to herein as the "Amendment". The City has requested additional scope of services be performed by Kimley-Horn in accordance with the Original Contract, and as further detailed in the Amendment. The additional services can be generally summarized as follows: • Platting and Rezoning support services • Design of odor control improvements at the proposed Silver Creek Lift Station • Civil and structural design of two inverted siphon structures • Design of approximately 7,700 linear feet of 16-inch water line • Design of a pressure reducing valve and vault and associated civil, structural, and electrical details • Preparation of an additional bid package for accelerated delivery of a portion of the proposed force main by a developer, and construction phase services associated with the separate bid package. We appreciate the opportunity to be of continued service to the City. Please contact us if we need to provide any further information. Very truly yours, KIMLEY-HORN AND ASSOCIATES /�, . 'r.. Josh Kercho, P.E. Vice President JCK/jra Copy to: Liam Conlon, City of Fort Worth %lkimley-liom1CN_FTMFTW Ulililies10G1010452-Silver-Creek-LS.FM1I-GMIPPPIPOST_NTP%AmendmenlWmendmenl-1_Siphon-and-Oclor-Conlrol\Silver-Creek-LS-FM- GM—Amend-1 -Suminary.doc 01 Cherry Street, rnt 1 u to 300, Ft. ort , TX 76102 Kimley>>fliorni September 10, 2024 Mr. Liam Conlon Project Manager City of Fort Worth Water Department 200 Texas Street Fort Worth, TX 76102 Re: Silver Creek Lift Station, Force Main, and Gravity Main Amend. No. 1 — LS Zoning, Inverted Siphon, Dev. Bid Package, Water Line Extension KHA No. 061018452 City Project No. 104489; CSC 59809 Dear Liam: This letter is in reference to a contract between Kimley-Horn and Associates, Inc. ("Engineer" or "Kimley-Horn") and the City of Fort Worth (the City) dated 07-20-2023 referred herein as the "Contract". This amendment is to provide additional construction phase services for the construction phase portion of the project. ENGINEER will provide the services outlined as follows: CONTRACT TASK 4 — LIFT STATION — PRELIMINARY DESIGN: ( Water $0, Sewer $19,500) 19 500 Kimley-Horn $ 19,500 Total 4.4 Platting and Zoning Support Services ENGINEER will complete the following additional tasks in accordance with the Original Contract: • Prepare and submit platting waiver request for proposed Silver Creek Lift Station, request will be executed and submitted by the Water Department • Prepare for and attend one (1) platting meeting with City Planning staff • Prepare for and submit re -zoning application for proposed Silver Creek Lift Station, and pay applicable zoning application fees • Prepare for and attend one (1) zoning meeting with City Planning staff • Prepare for and attend up to two (2) Public Hearings for proposed re -zoning • Prepare for and attend up to two (2) Public Meetings for proposed re -zoning klmley-horn.com 801 Cherry Street, Unit 1 ui a 0, Ft. Worth, TX 76102 Kirn ey>>> Horn Page 2 CONTRACT TASK 5 — LIFT STATION — FINAL DESIGN: (Water $0, Sewer $18,000) 18,000 Kimley-Horn $ 18,000 Total 5.4 Odor Control Design ENGINEER will complete the following additional tasks in accordance with the Original Contract: • Collect odor data upstream of existing Live Oak Creek Lift Station • Prepare final design plans, sections, and details for proposed odor control unit • Prepare odor control technical specifications CONTRACT TASK 10 — PIPELINE — PRELIMINARY DESIGN: ( Water $52,500, Sewer $39,500) 92,00 Kimley-Horn $ 92,000 Total 10.2 Pipeline Preliminary Design ENGINEER will complete the following additional tasks in accordance with the Original Contract: • Inverted siphon preliminary design hydraulic calculations • Draft preliminary design (60%) drawings for inverted siphon: • Siphon plan and profile sheet • Siphon structure civil / mechanical plan and section • Structural design plan and section • Design approximately 7,300 linear feet of 16-inch water line from the northern corner of Heron Drive and Silver Creek Road, parallel to proposed Silver Creek force main to approximately 1,300 linear feet south of Verna Trail. • Design a proposed pressure reducing valve vault assembly including preliminary civil and structural details. PRV will be located near the northern end of the proposed 16-inch water line. • Meet with Water System Operations to discuss PRV design. 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 Kimley>Morn CONTRACT TASK 11 — PIPELINE — FINAL DESIGN: Page 3 (Water$98,800, Sewer$30,400) $ 84,200 Kimley-Horn 45,000 Gupta $ 129,200 Total 11.1 Final Drawings ENGINEER will complete the following additional tasks in accordance with the Original Contract: • Inverted siphon final design hydraulic calculations • Draft Final design (90%) drawings for inverted siphon: • Siphon plan and profile sheet • Siphon structure civil / mechanical plan and sections and details • Structural design plan and sections and structural design details • Final design drawings for 7,300 linear feet of 16-inch water line including water details and overall water sheets. • Final design drawings for proposed PRV vault including civil, structural, and electrical details, 11.2 Project Manual • Technical specifications for the following items: • Inverted siphon accessories • Pressure Reducing Valve and appurtenances • Electrical Improvements for PRV vault 11.3 Hyde Tract — Final Drawings and Technical Specifications ENGINEER will complete the following additional tasks in accordance with the Original Contract: • Draft Final drawings (90%) and technical specifications for approximately 2,600 linear feet of 24-Inch Silver Creek Force Main proposed to be constructed across the Hyde Tract to facilitate construction of the proposed pipeline by the developer. • Prepare and submit a final design opinion of probable construction cost with the Final design package. CONTRACT TASK 12 — PIPELINE — CONST. CONTRACT DOCUMENT PREP.: (Water$0, Sewer$19,900) 19,90 Kimley-Horn $19,900 Total 12.2 Hyde Tract — Construction Document Preparation ENGINEER will complete the following additional tasks in accordance with the Original Contract: • Prepare signed and sealed drawings and technical specifications addressing City comments from the 90% Final Design review. 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 1 817-335-6511 KimIey )>) [ -horn Page 4 • Prepare and submit a final design opinion of probable construction cost with the Construction Documents design package. CONTRACT TASK 14 — PIPELINE — CONSTRUCTION PHASE SERVICES: ( Water $0, Sewer $23, 900) 23,90 Krniley-Horn $ 23,900 Total 14.1 Hyde Tract — Construction Support ENGINEER will complete the following additional tasks in accordance with the Original Contract: • The ENGINEER shall attend the preconstruction conference. • On -site Observation • Make up to three (3) site visits at intervals as directed by CITY in order to observe the progress of the work. Such visits and observations by ENGINEER are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation of the Work based on ENGINEER'S exercise of professional judgment. Based on information obtained during such visits and such observations, ENGINEER will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and ENGINEER will keep CITY informed of the general progress of the Work The purpose of ENGINEER'S site visits will be to enable ENGINEER to better carry out the duties and responsibilities specifically assigned in this Agreement to ENGINEER, and to provide CITY a greater degree of confidence that the completed Work will conform in general to the Contract Documents. ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and programs incident to Contractor's work, nor for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the Work. Accordingly, ENGINEER neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents, • Progress Meetings • Attend monthly progress meetings (up to 3), and visit the site for observation at that time. • Shop drawing, samples and other submittals Review 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 817-335-6511 Kim1ey>>)Horn Page 5 • Review up to five (5) shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. • Such review, approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs and shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. • Log all shop drawings, samples and other submittals. • Substitutions • Evaluate and determine the acceptability of up to two (2) substitute or "or -equal" materials proposed by Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of the state or the CITY. • Request for information (RFI): Provide necessary interpretations and clarifications of contract documents, and make recommendations as to the acceptability of the work for up to two (2) RFI's. ENGINEER will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to CITY as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by CITY. • Change Orders • Provide support for Change Orders as requested by the CITY. Change Order support may include review and recommendations to the CITY for the execution of change orders. • Final PROJECT Walk Through • Attend the "Final" PROJECT Part walk through and assist with preparation of final punch list. Attend one (1) final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents. ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. ENGINEER shall not have the authority or responsibility to stop the work of any Contractor. 01 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 Kimley>Morn Page 6 CONTRACT TASK 15 — PIPELINE — RECORD DRAWINGS: (Water$0, Sewer$2,900) 2,90 Kimley-Horn $ 2,900 Total 15.1 Hyde Tract — Record Drawings ENGINEER will complete the following additional tasks in accordance with the Original Contract: • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: • As -Built Survey • Red -Line Markups from Contractor • Red -Line Markups from City Inspector • Copies of Approved Change Orders • Approved Substitutions • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red -lined drawings shall be returned to the CITY. kimley-horn.com 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 Kiwi ey >>> Page 7 We recommend that the City increase the budget by $305.400 for these additional services. The following tables summarize our recommended budget revisions, water and sanitary sewer design fees, and revised contract amount: Task Name Water Task 1— Design Management $ _ Task 2—Alignment Study & Siting $ _ Task 3 — Lift Station Preliminary Engineering Report $ - Task 4 — Lift Station Preliminary Design $ Task 5 — Lift Station Final Design $ _ Task 6 — Lift Station Construction Contract Document Prep, $ - Task 7 — Lift Station Bid Phase Services $ _ Task 8 — Lift Station Construction Phase Services $ - Task 9 — Lift Station Record Drawings $ _ Task 10 — Pipeline Preliminary Design $ 52,500 Task 11 — Pipeline Final Design $ 98,800 Task 12 — Pipeline Construction Contract Document Prep. $ - i Task 13 — Pipeline Bid Phase Services $ Task 14 — Pipeline Construction Phase Services $ - Task 15 — Pipeline Record Drawings $ _ Task 16 — Permitting $ _ Task 17 — ROW/Easement Services $ _ Task 18 — Survey and SUE $ Task 19 — Additional Services $ _ Total 1 $151,300 �7 m c'O"M7T 801 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 Sewer Total $ - $ - $ - I $ $ - I$ - $ 19,500 I $ 19,500 $ 18,000 $ 18,000 $ - $ - $ - $ $ 39,500 $ 92,000 $ 30,400 $ 129,200 $ 19,900 $ 19,900 $ - $ $ 23,900 $ 23,900 $ 2,900 $ 2,900 $154,100 $ 305,400 IIC�irnllvcy>>>Horn Page 8 The following table summarizes our recommended budget revisions and shows the revised contract amount: Task Name Original Contract Amend. 1 Revised Contract Task 1 -Design Management $ 112,000 $ - $ 112,000 1� Task 2 - Alignment Study & Siting $ 104,430 $ - $ 104,430 Task 3-LS Preliminary Engineering Report $ 147,000 $ - $ 147,000 Task 4 - LS Preliminary Design $ 240,330 $ 19,500 $ 259,830 Task 5-LS Final Design $ 370,050 $ 18,000 $ 388,050 Task 6 - LS Const, Contract Document Prep. $ 24,000 $ - $ 24,000 Task 7 - LS Bid Phase Services $ 55,080 $ - $ 55,080 Task 8 - LS Construction Phase Services $ - $ - $ - Task 9 - LS Record Drawings $ - $ - $ - Task 10 - PL Preliminary Design $ 152,200 $ 92,000 $ 244,200 Task 11 - PL Final Design $ 128,100 $ 129,200 $ 257,300 Task 12 - PL Construction Contract Document Prep. $ 16,600 $ 19,900 $ 36,500 Task 13 - PL Bid Phase Services $ 28,400 $ - $ 28,400 Task 14 - PL Construction Phase Services $ - $ 23,900 $ 23,900 Task 15 - PL Record Drawings $ - $ 2,900 $ 2,900 Task 16 - Permitting $ 69,050 $ - $ 69,050 Task 17 - ROW/Easement Services $ 50,700 $ - $ 50,700 Task 18 - Survey and SUE $ 131,260 $ - $ 131,260 Task 19 -Additional Services $ 30,000 $ - $ 30,000 Total Project $1,659,200 $ 305,400 $ 1,964,600 om;com 801 Cherry Street, Unit 11, Suite 1300, Ft, Worth, TX 76102 Kimley>Morn The following breakdown for water and sewer services is recommended: Water Fee Sewer Fee SurveFee y Total Original Contract $0 $1,477,240 $181,960 $1,659,200 1 Amendment No. 1 $151,300 $154,100 $0 $305,400 Total $151,300 $1,631,340 $181,960 $1,964,600 The following table summarize the MBE/WBE percentages: Original Amend. Revised Description Budget No.1 Budget Contract Amount $ 1,659,200 $305,400 $1,964,600 Total Contract MBE/WBE $ 223,500 $ 45,000 $ 268,600 Total Contract MBEIWBE 13.5% 14.7% 13.7% Percentage City MBE/WBE Goal 12.0% Page 9 With these budget modifications, our total contract MBE/WBE participation is projected to be $268,500 (13.7%), which exceeds the City's 12.0% goal. We appreciate the opportunity to be of continued service to the City. Please contact us if we need to provide any further information. Very truly yours, KIMLEY-HORN AND ASSOCIATES fn R. Atkins, P.E. Senior Vice President JRA/jck Copy to: Tony Sholola, P.E., City of Fort Worth Attachments - Level of Effort Spreadsheet - Form 1295 - Business Equity Utilization Form - Letter of Intent — Gupta & Associates, Inc. Pkimley-hom\CN_FT\MFT W_UtilMes1031018452-Silver-Creek.LS-FM-GM\PPP\POST_NTMinendmenMiaendmenl-1 _SIpharand-Odor.0ant roNAinendment-No- 1 Silver-Creek-LS.FM.GM_Llr-RevO4.doc 01 Cherry Street, Unit 11, Suite 1300, Ft. Worth, TX 76102 817-335-6511 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Silver Creek Lift Station, Force Main, and Gravity Main -Amendment No. 1 City Project No. 104489 ' Labor (hours) Task No. Task Description Project Project Project Total Labor ER Admin. Subconsultant Travel/ Total Expense Director Manager Engineer Cost MWBE INon-MWBEI Markup Reproduction/ COS Rate $380.00 S360.00 S300.00 5250.00 $155.00 FeeslPertnitting 1.0 Design Management 0 0 OI 0 so St� $01 I S01 SO, SO I$0 I I so I So� I I I 1 1 jjj Sol 2.0 Alignment btudy and utt btation tirtmg 01 o OI 0 al Soi 50 Sol Sol Sol so I I 1 so I I I I I S01 I I I SD 3.0 11itt Station Preliminary Design Report I 01 of of o1 o Sol So Sol $01 soi so I I I I I Sol I I I so, 4.0 IUtt Station Preliminary Design (150%) I of 141 20l 241 01 $17,00.1 Sol 501 S01 SZ,5001 S2,5o01 4.4 Matting I I I I + Sol I I I I] Sol l Prepare Platting Waiver Letter I 1 21 1 1 S1.0001 I I I I Sol Prepare for and Attend Meeting with City I I I I Staff (1) i I 2 2 11 $2.300 I $01 1 I I I Sol I I 1 Sol lZoning I I I I I Sol I I I I Sol l Application I I 11 2 1 51,000 1 1 1 SZ5001 S2.510 Prepare for and Attend Meeting with City J I I I Staff (1) I I 2II 2I $2.300 I I so l Prepare for and Attend Public Hearings (2) 1 1 4 61 81 1 $5.2001 1 1 Sol Prepare for and Attend Public Meetings (2) 1 1 4 61 81 1 $5.2001 I 1 I S0� S01 I I I j SO 5.0 1 station Final Design (90%) 1 0 10 281 24 of $18,0001 Sol $01 Sol Sol SO 5.1 Final Design Drawings I I7 I Sol I I 1 1 $0� Odor Control I I I I I Sol I I 1 SoI l Data Collection and Odor Monitoring I I 2I 81 81 1 $5.1001 I I Sol l Design Drawings I I 61 121 161 1 59.800, I I I $0 1 Specifications I I 21 81 I 1 $3.100 1 1 1 $0� I I I I I so � I I I I Sol City of Fort Worth. Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 Task Sub Total $5. $9, S3. 9/1012024 Pagel of 5 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Silver Creek Lift Station, Force Main, and Gravity Main - Amendment No. 1 City Project No. 104489 Labor(hours) Task No. Task Description Project Project Project Total Labor ER I Adin Subconsultant I Travel/ Total Expense Director Manager Engineer Cost MWBE I Non-MWBE Markup I Reproduction / Cost Rate S380.00 $360.00 +I $300.00 $250.00 $155.00 I I Fees / Permitting �6.0 Lift Station Construction Document Prep 0 0 0 01 0 s0 SO S01 $01 SO so I I I so I so s0 I I So I I I $o 7.0 LdtStation bad Phase Services 01 OI 0� 0 0 so S01 Sol 301 SO Sol I I I $0 I I 50 I I I s0 I I I so 8,0 Lrtt Station construction Phase Services OI OI 01 01 0� $Ol 501 S01 $01 Sol SO To be included in future contract amendment I I $01 I I I sol I I I I I I I SDI I I I sol 1).0 Litt Station Record Urawmgs 01 01 01 01 0117 $01, SO $01 S01 so s0 o be included in future contract amendment I I s0 I I I so I I I I 1 I $0, I I so 10.0 Pipeline Preliminary Uesign (SU/) 1 01 311 931 2061 0, $92,0001 SO sol Sol SO s0 10.2 IAreliminary Design Package I I I I I $01 I I S01 lDrawings I I I I I I $01 Plan and Profile (1) t1 I 21 el 161 1 $7.100 I I SO 'Siphon Siphon Structure I 1 I 1 I Sol I 1 $01 1 CiviVMechanical Plan and Section (2) 1 51 161 32 $14.600 1 1 1 s0 I Structural Siphon Design (2) 5 201 401 1 $17.800� 1 I 1 I s01 l I Sol I so l l aterim Preliminary Water Package I I I I I $01 I I I I $01 I Drawings I I I I I Sol I I I I Sol Proposed Water Map I 1 I 2 2I I $1.100 I I I I Sol IOverall Water Line Plan and Profile (10) I 1 5 24I 641 I $25.000� I I I 50 I Pressure Reducing Valve Plan/Section 5I 121 241 $11.4001 1 1 1 1 S0� l PRV Vault - SWctural Details I I 51 121 24 $11.4001 1 1 I so Quantity Takeoff/OPCC I I 2 21 21 $1.8001 1 1 I SO I I I I Sol 1 I $0 (Meeting w/ Operations I 1 21 21 21 1 $1.8001 1 I so $o, I I I ' Sol City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 Task Sub Total $7, S14, $17, $1, $25.1 $11: S11; S1.1 9/1012024 Page 2 of 5 Task No. Task Description 11.0 [Pipeline Final Design (90%) 11.1 Final Design Package Drawings Siphon Plan and Profile (1) Siphon4bucture f ivi echanical Plan and Section (2) Structural Siphon Design (2) Overall Proposed Water Map I Water Line Plan and Profile (10) Pressure Reducing Valve Plan/Section I PRV Vault - SWctural Details 1 Water Details I PRV Details Electrical and Instrumentatil Details 11.2 I 1Project Manual 1 Siphon Technical Specifications I PRV Technical Specifications 1 Electrical Technical Specifications 11.3 Hyde Tract Construction Documents Cover 1 Sheet Index and General Notes Proposed Easement Layout Existing and Proposed WBSS Layout Standard Details I 1 OPCC I Specifications Technical Specifications I Submit to Client Meet with Client City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 Rate Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Silver Creek Lift Station, Force Main, and Gravity Main -Amendment No. 1 City Project No. 104489 Labor (hours) Project Project Project ER Admin. Total Labor Subconsultartt Director Manager Engineer cost MWBE I Non-MWSE Markup S380.00 $360.001 $300.00 $250.00 0 .1 I I 101 1341 I I 2I II 51 81 I I I 2 I 81 161 2 81 161 11 11 I1 20 1a1 I 51 16I I 51 81 161 I 4181 31 6 121 1 31 1 I 81 41 I 1 I 1 21 I al 1 1 61 12 61 1 11 I I 21 1 I I I I I I I I 1 I 11 2I I I 11 21 I 11 21 11 21 I I I 11 I I I 31 I I I 31 1 .1I I 11 I I I I I 1 21 I 21 21 S155.00 $79,$ 500 $45,000 $01 $4,500; sroo I I I I S4,20o I I I Sol I I I S7,1001 1 $7.1001 1 $600 I S10,4001 1 $8.200 1 S8,200 I $3.2001 I $5,9001 I $4.5001 S40,0001 Sol I $01 1 S1,900 1 S7.300 S1.0001 $5.0001 Sol I Sol 1 S3001 I S8001 I $8001 I $80ol S8001 Sol I 51.3001 1 Sol I Sol I S2,9001 I so I Saso I so I s1.8001 1 Sol I I I I S4.0001 I I $5001 I I I I I I I II I I I Travel / Reproduction / Fees / Permitting $2001 1 I I I I I I 1 I I I I I I I I I S2ooi I r Total Expense Cost $49,700 so Sol Sol so:$0 Sol 50 $O so $OI Sol SO S44,000 Sol Sol S01 so l S5,5001 $01 Sol Sol $01 Sol I Sol Sol Sol Sol Sol Sol $01 S200I so $01 $01 Task Sub Total $7.1 $7.1 $7 S7 $1 9/10/2024 Page 3 of 5 9/10/2024 Level of Effort Spreadsheet TASKIHOUR BREAKDOWN Design Services for Silver Creek Lift Station, Force Main, and Gravity Main -Amendment No. 1 City Project No. 104489 ' Labor (hours) Task No. Task Description Project Project Project I Total Labor EIT Admin. Subconsultant Travel / Total Expense Task Sub Total Director Manager J Engineer Cost MWBE I Non-MWBEI Markup Reproduction / Cost Rat_ S380A$360.001 $300.0D S250.001 S155.00 Fees/Permitting 17-0 Pipeline Construction Document Prep 01 9I 25 36; 0 S19,700 50 Sol $01 S200 $200 $19,900 12.2 Hytle Tract Cons(ructiofl Documents I I I I SO I $0 SO Revisions from b% omments I I I Sol I I I so � so Plans I 51 151 30I $13.8001 1 1 1 1 Sol $13.800 Technical Specifications I 41 61 21 $3.700 I I I Sol $3.700 I I 1 sot I 1 1 I Sol so (Submittal to City (5 copies and electronic) I I I 41 4 I $2.200 I I I S200' S2001 $2.400 I I I I I I I Sol sol I I I j so' So 13.0 1Pipelrne Bid Phase Services , 0 0i 0 OI of $01 SOI $0 SDI so Sol s0 I so� I so $o 14.0 lPipelme Construction Phase Services OI 151 35; 32I 0' $23,9001 $0 SOI SDI 50' so $23,900 14.1 lHyde Tract I 1 I I $01 I I I I So So 1 Construction Support I I I I I I $01 I I I $01 $o Prepare for and Attend Precon 1 I 21 21 21 I $1.8001 I I I $01 S1,600 Coordination Meetings/Site Visits I I 1 I I $01 1 1 Sol $0 1 (1/mafor 3mo) I I 31 9 91 $6.0001 I I I Sol S6.000 1 Meeting Notes I 11 31 31 I $2.0001 1 I I I 50 S2.000 1 Shop Drawings I I I I I $01 1 I I So $0 1 Submittals (5) I I 31 91 I S3,8001 1 I I $01 S3.800 RFls (2) I I 11 41 8I 1 S3.6001 I I so $3.600 1 Sheet Revisions I 21 5I 41 I S3.2001 I So S3.200 l Final Acceptance Walkthrough 1 31 31 61 I S3.5001 I so $3.500 I I I I I I I Sol I I I ' so' so City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FW WTR Official Release Date: 8.09.2012 Page 4 of 5 9/10/2024 Level of Effort Spreadsheet TASK/HOUR BREAKDOWN Design Services for Silver Creek Lift Station, Force Main, and Gravity Main -Amendment No. 1 City Project No. 104489 ' Labor (hours) Task No. Task Description Project Project Project Total Labor ER I Admin. Subconsultant I Travel! Total Expense Task Sub Total Director Manager Engineer Cost MWBE 1Non-MWBE1 Markup Reproduction! Cost Rate $380.00 $360.00 $300.00 $250.001 $155.00 1 IFees/Permitting 15.0 Pipeline Record Drawings 0 21 41 41 0 $2,900 Sol $01 Sol SO so sz90o 15.1 Hyde Tract 1 21 41 41 $2.900 I I $0 S2.900 Illermitting I I I I so I I I I So so 16.0 t 01 0+ 01 01 01 $0 s01 Sol Sol Sol SO $0 I I I 1 1 $01 1 1 1 1 so so Sol I I I Sol so 17.0 IKUYVItasement Services , of 01 of 01 oI S01 SD Sol so] Sol $01 so I so Il I I I I I I sot I I so j $0 h.0 Jurvey and SUL t 01 01 01 o1 0, $ot $01 Sol SDI Sol $01 $o I I 1 1 1 1 Sol I I Sol so I 1 I 1 1 sot I I ' o 19.0 JAabmonal Services - Contingency I 0 of 01 01 OI A $0 Sol Sol Sol so SO I I I I I SDI I I I I Sol so I I I I I I Sol I I I Sol So Subtotall of 1241 3111 4601 01 $253,0001 $45,0001 $01 $4,5001 SZ9001 $52.4001 S305,400 Project Summary Total Fee: $305,400 Total Hours 895 Survey/SUE Fee: $0 Total Labor $253,000 1 otal Fee (-) Survey Fee: $305,400 Total Expense 1 $52.400 MlWBE Sub I $45.000 DescnpLon w M/WBE Participation 14.7% 31 - Uesign $1 Non-M/WBE Sub I So IW,3r b1 -Survey $0 $0 I Total Sub Markup I S4,500 Total $151,300 $154,100 Total Direct Expenses i $2.900 Lift Station Capacity 10 MGD Grand Totals $305,400.001 Force Main Linear Footage 11,000 LF Sanitary Sewer Linear Footage 5,600 LF Water Line Unear Footage 7,300 LF City of Fort Worth, Texas Attachment B - Level of Effort Supplement Typical Water and Sewer Replacement FWWTR Official Release Date: 8.09.2012 Page 5 of 5 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, December 10, 2024 REFERENCE NO.: **M&C 24-1135 LOG NAME: 60SCLSFMGMAl-KHA SUBJECT: (CD 7) Authorize Execution of Amendment No. 1 in the Amount of $305,400.00 to an Engineering Agreement with Kimley-Horn and Associates, Inc., for the Silver Creek Lift Station, Force Main and Gravity Main and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No. 1 in the amount of $305,400.00 to City Secretary Contract No. 59809, an engineering agreement with Kimley-Horn and Associates, Inc., for the Silver Creek Lift Station, Force Main, and Gravity Main project for a revised amount contract amount of $1,964,600.00; and 2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water & Sewer Revenue Bond Series 2024 Fund by increasing estimated receipts and appropriations in the Silver Creek Lift Station, Force Main, and Gravity Main project (City Project No.104489) in the amount of $305,400.00 and decreasing estimated receipts and appropriations in the Commercial Paper project (City Project No. UCMLPR) by the same amount to effect a portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On June 27, 2023, Mayor and Council Communication (M&C) 23-0529, the City Council authorized an engineering agreement in the amount of $1,659,200.00 with Kimley-Horn and Associates, Inc., (City Secretary Contract No. 59809) for the Silver Creek Lift Station, Force Main, and Gravity Main project. Amendment No. 1 will allow for the following: Design of odor control system at the prosed lift station; design for two inverted siphons that are necessary on the project; design for approximately 7,700 feet of 16-inch water main that will connect a developer proposed water main on the north end of the project to an existing City 16-inch near the Silver Creek Drive/Heron Drive intersection; design for a pressure reducing valve/vault and a meter before the connection to the existing 16-inch water main; platting and rezoning services and the preparation of an additional bid package with construction phase services to separate the project into two parts for construction. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Year 2025-2029 Capital Improvement Program as follows: 60SCLSFMGMAI-KHA Capital project FY2025 CIP Budget Change Revised Fund Name Appropriations Authority (Increase/Decrease) FY2025 Name Budget Fund 104489 — $0.00 This M&C$305,400.00 $305,400.00 56022 Silver - W&S Rev Creek Bonds LS/FM/GM Series 2024 Funding is available in the Commercial Paper project within the W&S Rev Bonds Series 2024 Fund for the purpose of funding the Silver Creek Lift Station, Force Main, and Gravity Main project. Funding for the Silver Creek Lift Station, Force Main, and Gravity Main project is depicted below: Existing Additional Project Fund Appropriations I Appropriations Total* W&S Rev Bonds Series 2024 - $2,532,718.00 $305,400.00 $2,838,118.00 Fund 56022 Project Total $2,532,718.001 $305,400.0011$2,838,118.00 *Numbers rounded for presentation purposes. Business Equity — Kimley-Horn and Associates, Inc., agrees to maintain its initial M/WBE commitment of 13 percent that it made on the original agreement and extend and maintain that same M/WBE commitment of 13 percent to the first amendment. Therefore, Kimley-Horn and Associates, Inc., remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. The project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION / CERTIFICATION,: The Director of Finance certifies that funds are currently available in the Commercial Paper project within the W&S Rev Bonds Series 2024 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Rev Bonds Series 2024 Fund for the Silver Creek LS/FM/GM project to support the above recommendations and execution of the amendment. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs).: TO Fund Department ccoun Project ctivit Bud et Reference # I mount p 1Y 9I ID ID JProgram I_ Year (Chartfield 2) r FROM Fund l Department �Accountl Project I Programl4ctivityl Budget I Reference # ;Amount ID I ID I Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by, William Johnson (5806) Originating Department Head: Chris Harder (5020) Additional Information Contact:, Liam Conlon (6824) ATTACHMENTS 1. 60SCLSFMGMAl-KHA FID Table (WCF 10.02.24).xisx (CFW Internal) 2. 60SCLSFMGMAl-KHA funds avail.docx, (CFW Internal) 3. 60SCLSFMGMA1-KHA.pdf (Public) 4. City of Fort Worth CPN 104489 Silver Creek Lift Station -Force Main-Gravitv Main Form 1295 Certificate 101234423.pdf (CFW Internal) 5.ORD.APP_60SCLSFMGMAl-KHA 56022 AO25(r2).docx (Public) 6. PBS 104489.pdf (CFW Internal) 7. SAM.aov search KHA.ndf (CFW Internal) 8. Silver -Creek Accentance of Previous MWBE Committment Form (APCF) Signed RL.pdf (CFW Internal) 60SCLSFMGMAI-IRA FED TABLE 1&2 56022 I 0600430 4905158 104489 1&2 56022 0700430 4905158 104489 I I 22025 025 I I I $151:300.01 1&2 56022 IJI 0600430 4905158 UCMLPR 2025 I I ($305,400.00) 1&2 I S6022 0600430 I 104489 I 1 2025 1 I 1$ 151,300.00 1&2 I 56022 I 0700430 I I 104489 1 1 2025 I I 1$ 154,100.00 1 1&2 S6022 0600430 UCMLPR 1 2025 1 1 (5305,400.00) FIDs (Actual) Fund lept # Account Froject Activity Amount 7 1 111 1 ,104489 J&U��".frogram Year 1&2 56022 0600430 4905158 001730 9999 ($151,300.00) 1&2 56022 0700430 4905158 104489 001730 9999 ($154,100.00) 1&2 56022 0600430 4905158 UCMLPR I UN5PEC I 9999 Is 305,400.00 —[Activity . - --. T. Fund i%ccount 111) Project .- i7 1 1 56022 70600430 5330500 104489 001,730 9999 $151,300.00 Contract 1 56022 I 0700430 5330500 104489 001730 9999 $154,100.00 Contract